CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document:
Country: Denmark
OJEU Ref: (2025/S 151-00521898/EN)
Nature of contract:

00521898-2025 – Competition
Denmark – 34000000 – Dynamic Purchasing System for Trailers over 3500 kg and services pertaining thereto
1. Buyer
1.1. Buyer
Official name: Danish Ministry of Defence Acquisition and Logistics Organisation
Legal type of the buyer: Central government authority
Activity of the contracting authority: Defence
2. Procedure
2. Procedure
2.1. Procedure
Title: Dynamic Purchasing System for Trailers over 3500 kg and services pertaining thereto
Description: DALO intends to implement a Dynamic Purchasing System (Hereafter “DPS”) concerning trailers over 3500kg and services pertaining thereto.

The DPS is divided into 6 subcategories. DALO shall be entitled to purchase any configuration of trailers that fit the description of these categories.

The categories in the DPS are:

Category 1 – Centre-axle trailers:

A towed vehicle, equipped with a towing device which cannot move vertically (in relation to the trailer) and in which the axle(s) is (are) positioned close to the centre of gravity of the vehicle (when uniformly loaded) such that only a small static vertical load, not exceeding 10 percent of that corresponding to the maximum mass of the trailer or a load of 1,000 daN (whichever is the lesser) is transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle.

Category 2 – Full trailers:

A towed vehicle having at least two axles, and equipped with a towing device which can move vertically (in relation to the trailer) and controls the direction of the front axle(s), but which transmits no significant static load to the towing vehicle. One or more of the axles may be driven by the towing vehicle.

Category 3 – Semi-trailers:

A towed vehicle, in which the axle(s) is (are) positioned behind the centre of gravity of the vehicle (when uniformly loaded), and which is equipped with a connecting device permitting horizontal and vertical forces to be transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle.

Category 4 – Special purpose trailers

A vehicle for goods and/or for performing a special function for which special body arrangements and/or equipment are necessary.
The category concerns the manufacturing of trailer types not commonly available, and which are not covered by categories 1, 2 and 3.

Category 5 – Service, repair/maintenance of new and old trailers and vehicles relating to trailers over 3500 kg in the DALO Fleet (Existing DALO fleet):

This category will be used by the Danish Defence for service, repair and maintenance of new and old trailers and vehicles related to trailers over 3.500 kg in DALO’s fleet.

• Service, repair and maintenance services
• Components used for service, repair and maintenance services
• Repair of vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms.
• Man hours: Service, Repair and Maintenance

Category 6 – New systems design or Modification of new and old trailers, and vehicles relating to trailers over 3500 kg in DALO’s fleet:

This category will be used of the Danish Defence for complete new design, upgrade or modification of new and old trailers, and vehicles relating to trailers over 3500 kg.

• Man hours: Design, Documentation, Manufacturing, Upgrades and Modification
• Components and semi-finished products
• Installation services (except software)
• Construction, engineering and inspection services
• Work on vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms.
Procedure identifier: fcd3d820-48ed-48ae-a663-ad92050e73d7
Internal identifier: DO-M-LA-0026-0
Type of procedure: Restricted
The procedure is accelerated: false
2.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 34000000 Transport equipment and auxiliary products to transportation.
Additional classification (cpv):
34223000 Trailers and semi-trailers. 34223300 Trailers. 50111110 Vehicle-fleet-support services.
2.1.2 Place of performance
Town:
Postcode:
NUTS:
Country: Denmark
2.1.3 Value
Estimated value excluding VAT: 530000000 DKK
2.1.4. General information
Additional information: The individual contracts of the dynamic purchasing system are entered into by DALO. However all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, are entitled to enter into contracts with the Participants of the dynamic purchasing system, on the terms and conditions of the dynamic purchasing system as a whole.

Further, the Danish Emergency Management Agency may enter into contracts with the Participants of the dynamic purchasing system, on the terms and conditions of the dynamic purchasing system as a whole.

In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude an applicant from participation in a tender procedure where the applicant is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.

It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement.

No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group.

It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the lifetime of the dynamic purchasing system to require tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the tenderers’ and any subcontractors’ place of establishment and ownership.

As part of the submission of offer, the tenderer must submit a declaration that an award of the agreement will not conflict with the prohibition stated in Article 5k, section 1 of Regulation (EU) No 833/2014, as amended. In this connection, DALO reserves the right, at any time during the tender process, to let the tenderer rectify a missing or inadequately completed declaration.

DALO has uploaded a template (available in the electronic tender system) which must be used as declaration.

Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be submitted separately for each of the participating entities.

DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act.

Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system.

Questions received no later than 11 (eleven) days before the expiry of the deadline for submitting a request for participation will be answered by DALO no later than 6 (six) days before the deadline for submission of the request for participation.

Questions received later than the date set out above will also be answered unless the nature of the question makes it disproportionately onerous for DALO to answer 6 (six) days before the deadline for submission of the request for participation.

Answers to questions received later than 6 days before the deadline for submission of request for participation cannot be expected.

On [dato, årstal, tidsrum] a digital information meeting will be held for all interested parties. It will only be possible to participate online in the information meeting.

Applicants who have signed up for the information meeting for online participation will receive a link for the video conference.

During the meeting, DALO will explain the background of the tender procedure and the purpose of the procurements conducted under the dynamic purchasing system. General information as to the structure and content of the tender documents will also be provided.

Applicants are kindly asked to inform via the electronic tender system no later than three days before the meeting is held whether the Applicants will participate in the meeting and, in the affirmative, the number of persons accompanying the Applicant.

Participants in online meeting must provide the following information: Company name and the full names of the participants.

Questions may be asked during the information meeting. However, DALO reserves the right to refer the participants to present the questions in writing instead if, according to DALO, it is not suitable or possible to answer such questions during the meeting. This includes questions which require further consideration.

DALO will prepare a brief summary of the information meeting which will subsequently be uploaded to the electronic tender system.

DALO requires that the applicant presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act as part of their application to participate in the dynamic purchasing system. DALO will through out the lifetime of the system, require new documentation for the information stated in the ESPD.

DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the contracts awarded in the DPS.

Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply:

Complaints regarding a candidate not being qualified to participate in the dynamic purchasing system must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after being notified thereof, see section 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision.

In accordance with section 7(2) of the Act on The Complaints Board for Public Procurement, other complaints must be filed with The Complaints Board for Public Procurement within:

Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision.

The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, see section 12(1).

The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Procurement’s own guidance note concerning complaints is available on the website stated in section VI.4.1).
Legal basis: 32014L0024
2.1.5. Terms of procurement: Terms of submission:
Maximum number of lots for which one tenderer can submit tenders: 6
2.1.6. Grounds for exclusion:
: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities’ financial interests (OJ C 316, 27.11.1995, p. 48).
: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
: Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
: Can the economic operator confirm that:
a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,
b) It has withheld such information,
c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and
d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
: Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
: Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
: Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
: Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
:
5. Lot
5.1. Lot: LOT-0001
Title: Category 1 – Centre-axle trailers
Description: A towed vehicle, equipped with a towing device which cannot move vertically (in relation to the trailer) and in which the axle(s) is (are) positioned close to the centre of gravity of the vehicle (when uniformly loaded) such that only a small static vertical load, not exceeding 10 percent of that corresponding to the maximum mass of the trailer or a load of 1,000 daN (whichever is the lesser) is transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle.
5.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 34000000 Transport equipment and auxiliary products to transportation.
Additional classification (cpv): 34223000 Trailers and semi-trailers. 34223300 Trailers.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Denmark
5.1.3. Estimated duration
Duration: 15 YEAR
5.1.5. Value
Estimated value excluding VAT: 13000000 DKK
Maximum value of the framework agreement:
5.1.6. General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
5.1.7. Strategic procurement
5.1.9. Selection criteria
Criterion:
Description: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last financial year available.

The candidate must have an equity ratio of at least 10 per cent in the last financial year available.

The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in the last financial year available.

If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available.

Upon request from DALO, the candidate must submit the following documentation:

Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
5.1.10. Award criteria
Criterion:
Type: price
Name: Price
: 100
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: ENG
Electronic catalogue: Not allowed
Deadline for receipt of requests to participate: 13/06/2040 21:59:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
Information about review deadlines: Applications will be reviewed during the lifespan of the dynamic purchasing system.
5.1.15. Techniques
Framework agreement: No framework agreement
Information about the dynamic purchasing system: dps-list
5.1.16. Further information, mediation and review
Review organisation: Klagenævnet for Udbud
Organisation receiving requests to participate: Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation processing tenders: Danish Ministry of Defence Acquisition and Logistics Organisation
5.1. Lot: LOT-0002
Title: Category 2 – Full trailers
Description: A towed vehicle having at least two axles, and equipped with a towing device which can move vertically (in relation to the trailer) and controls the direction of the front axle(s), but which transmits no significant static load to the towing vehicle. One or more of the axles may be driven by the towing vehicle.
5.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 34000000 Transport equipment and auxiliary products to transportation.
Additional classification (cpv): 34223000 Trailers and semi-trailers. 34223300 Trailers.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Denmark
5.1.3. Estimated duration
Duration: 15 YEAR
5.1.5. Value
Estimated value excluding VAT: 12000000 DKK
Maximum value of the framework agreement:
5.1.6. General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
5.1.7. Strategic procurement
5.1.9. Selection criteria
Criterion:
Description: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last financial year available.

The candidate must have an equity ratio of at least 10 per cent in the last financial year available.

The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in the last financial year available.

If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available.

Upon request from DALO, the candidate must submit the following documentation:

Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
5.1.10. Award criteria
Criterion:
Type: price
Name: Price
: 100
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: ENG
Electronic catalogue: Not allowed
Deadline for receipt of requests to participate: 13/06/2040 21:59:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
Information about review deadlines: Applications will be reviewed during the lifespan of the dynamic purchasing system.
5.1.15. Techniques
Framework agreement: No framework agreement
Information about the dynamic purchasing system: dps-list
5.1.16. Further information, mediation and review
Review organisation: Klagenævnet for Udbud
Organisation receiving requests to participate: Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation processing tenders: Danish Ministry of Defence Acquisition and Logistics Organisation
5.1. Lot: LOT-0003
Title: Category 3 – Semi-trailers
Description: A towed vehicle, in which the axle(s) is (are) positioned behind the centre of gravity of the vehicle (when uniformly loaded), and which is equipped with a connecting device permitting horizontal and vertical forces to be transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle.
5.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 34000000 Transport equipment and auxiliary products to transportation.
Additional classification (cpv): 34223000 Trailers and semi-trailers. 34223300 Trailers.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Denmark
5.1.3. Estimated duration
Duration: 15 YEAR
5.1.5. Value
Estimated value excluding VAT: 57000000 DKK
Maximum value of the framework agreement:
5.1.6. General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
5.1.7. Strategic procurement
5.1.9. Selection criteria
Criterion:
Description: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last financial year available.

The candidate must have an equity ratio of at least 10 per cent in the last financial year available.

The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in the last financial year available.

If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available.

Upon request from DALO, the candidate must submit the following documentation:

Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
5.1.10. Award criteria
Criterion:
Type: price
Name: Price
: 100
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: ENG
Electronic catalogue: Not allowed
Deadline for receipt of requests to participate: 13/06/2040 21:59:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
Information about review deadlines: Applications will be reviewed during the lifespan of the dynamic purchasing system.
5.1.15. Techniques
Framework agreement: No framework agreement
Information about the dynamic purchasing system: dps-list
5.1.16. Further information, mediation and review
Review organisation: Klagenævnet for Udbud
Organisation receiving requests to participate: Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation processing tenders: Danish Ministry of Defence Acquisition and Logistics Organisation
5.1. Lot: LOT-0004
Title: Category 4 – Special purpose trailers
Description: A vehicle for goods and/or for performing a special function for which special body arrangements and/or equipment are necessary.

The category concerns the manufacturing of trailer types not commonly available, and which are not covered by categories 1, 2 and 3.
5.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 34000000 Transport equipment and auxiliary products to transportation.
Additional classification (cpv): 34223000 Trailers and semi-trailers. 34223300 Trailers.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Denmark
5.1.3. Estimated duration
Duration: 15 YEAR
5.1.5. Value
Estimated value excluding VAT: 418000000 DKK
Maximum value of the framework agreement:
5.1.6. General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
5.1.7. Strategic procurement
5.1.9. Selection criteria
Criterion:
Description: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last financial year available.

The candidate must have an equity ratio of at least 10 per cent in the last financial year available.

The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in the last financial year available.

If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available.

Upon request from DALO, the candidate must submit the following documentation:

Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
5.1.10. Award criteria
Criterion:
Type: price
Name: Price
: 45
Criterion:
Type: quality
Name: Quality
: 55
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: ENG
Electronic catalogue: Not allowed
Deadline for receipt of requests to participate: 13/06/2040 21:59:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
Information about review deadlines: Applications will be reviewed during the lifespan of the dynamic purchasing system.
5.1.15. Techniques
Framework agreement: No framework agreement
Information about the dynamic purchasing system: dps-list
5.1.16. Further information, mediation and review
Review organisation: Klagenævnet for Udbud
5.1. Lot: LOT-0005
Title: Category 5 – Service, repair/maintenance of new and old trailers and vehicles relating to trailers over 3500 kg in the DALO Fleet (Existing DALO fleet)
Description: This category will be used by the Danish Defence for service, repair and maintenance of new and old trailers and vehicles related to trailers over 3.500 kg in DALO’s fleet.

• Service, repair and maintenance services
• Components used for service, repair and maintenance services
• Repair of vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms.
• Man hours: Service, Repair and Maintenance
5.1.1. Purpose
Main nature of the contract: services
Main classification (cpv): 50111110 Vehicle-fleet-support services.
Additional classification (cpv): 34223000 Trailers and semi-trailers. 34223300 Trailers.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Denmark
5.1.3. Estimated duration
Duration: 15 YEAR
5.1.5. Value
Estimated value excluding VAT: 15000000 DKK
Maximum value of the framework agreement:
5.1.6. General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
5.1.7. Strategic procurement
5.1.9. Selection criteria
Criterion:
Description: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last financial year available.

The candidate must have an equity ratio of at least 10 per cent in the last financial year available.

The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in the last financial year available.

If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available.

Upon request from DALO, the candidate must submit the following documentation:

Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
5.1.10. Award criteria
Criterion:
Type: price
Name: Price
: 100
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: ENG
Electronic catalogue: Not allowed
Deadline for receipt of requests to participate: 13/06/2040 21:59:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
Information about review deadlines: Applications will be reviewed during the lifespan of the dynamic purchasing system.
5.1.15. Techniques
Framework agreement: No framework agreement
Information about the dynamic purchasing system: dps-list
5.1.16. Further information, mediation and review
Review organisation: Klagenævnet for Udbud
5.1. Lot: LOT-0006
Title: Category 6 – New systems design or Modification of new and old trailers, and vehicles relating to trailers over 3500 kg in DALO’s fleet
Description: This category will be used of the Danish Defence for complete new design, upgrade or modification of new and old trailers, and vehicles relating to trailers over 3500 kg.

• Man hours: Design, Documentation, Manufacturing, Upgrades and Modification
• Components and semi-finished products
• Installation services (except software)
• Construction, engineering and inspection services
• Work on vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms.
5.1.1. Purpose
Main nature of the contract: services
Main classification (cpv): 50111110 Vehicle-fleet-support services.
Additional classification (cpv): 34223000 Trailers and semi-trailers. 34223300 Trailers.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Denmark
5.1.3. Estimated duration
Duration: 15 YEAR
5.1.5. Value
Estimated value excluding VAT: 15000000 DKK
Maximum value of the framework agreement:
5.1.6. General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
5.1.7. Strategic procurement
5.1.9. Selection criteria
Criterion:
Description: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last financial year available.

The candidate must have an equity ratio of at least 10 per cent in the last financial year available.

The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in the last financial year available.

If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available.

Upon request from DALO, the candidate must submit the following documentation:

Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
5.1.10. Award criteria
Criterion:
Type: price
Name: Price
: 100
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: ENG
Electronic catalogue: Not allowed
Deadline for receipt of requests to participate: 13/06/2040 21:59:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
Information about review deadlines: Applications will be reviewed during the lifespan of the dynamic purchasing system.
5.1.15. Techniques
Framework agreement: No framework agreement
Information about the dynamic purchasing system: dps-list
5.1.16. Further information, mediation and review
Review organisation: Klagenævnet for Udbud
8. Organisations
8.1. ORG-0001
Official Name: Danish Ministry of Defence Acquisition and Logistics Organisation
Postal address: Lautrupbjerg 1-5
Town: Ballerup
Postcode: 2750
Country: Denmark
Contact: Nicklas Juel Frydkjær
Email: 00516404@mil.dk
Tel: 51294373
8.1. ORG-0002
Official Name: Klagenævnet for Udbud
Postal address: Toldboden 2
Town: Viborg
Postcode: 8800
Country: Denmark
Contact: Klagenævnet for Udbud
Email: klfu@naevneneshus.dk
Tel: +45 72405600
8.1. ORG-0003
Official Name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postcode: 2500
Country: Denmark
Contact: Konkurrence- og Forbrugerstyrelsen
Email: kfst@kfst.dk
Tel: +45 41715000
8.1. ORG-0004
Official Name: Mercell Holding ASA
Postal address: Askekroken 11
Town: Oslo
Postcode: 0277
Country: Norway
Contact: eSender
Email: publication@mercell.com
Tel: +47 21018800
Fax: +47 21018801
11. Notice information
11.1. Notice information
Notice identifier/version: a1ffc1cc-3c0e-4f87-975a-a33234738e68 – 01
Notice type: Contract or concession notice – standard regime
Notice dispatch date: 06/08/2025 13:44:04
Languages in which this notice is officially available: ENG
11.2. Publication information
Notice publication number: 00521898-2025
OJ S issue number: 151/2025
Publication date: //

RELATED ARTICLES

December 15, 2025

Purchase of wheeled front loader (with snow and ice anti-skid chains).

Type of document: Contract Notice Country: Georgia Title: Purchase of wheeled front loader (with snow and ice anti-skid chains). Authority: Sub-departmental institution of

December 15, 2025

HMP GOS Tender (PROC.78.0074) - The Provision of Ophthalmology Services for HMP (His Majesty's Prison) Birmingham

Type of document: Contract Notice Country: United Kingdom 1. Title: HMP GOS Tender (PROC.78.0074) – The Provision of Ophthalmology Services for HMP